Similar Projects
Arcadia Power Substation Upgrade - Los Angeles County Metropolitan Transportation Authority (LA Metro)
Renovation
Conception
$99,000,000 CJ est. value
Los Angeles, CA 90012

K Line Traction Power Substation Enhancements - Los Angeles County Metropolitan Transportation Authority (LA Metro)
New Construction, Infrastructure
Conception
$99,000,000 CJ est. value
Los Angeles, CA 90012

Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

The Cheval Blanc Beverly Hills / Hotel
LEED Certification, New Construction, Infrastructure - 211,971 SF
Design
$30,000,000 CJ est. value
Beverly Hills, CA 90210

Traction Power Facilities Replacement - Walnut Creek
Renovation
Bidding
$29,818,451 CJ est. value
Oakland, CA 94612

RFQ - 12KV Triennial Preventative Maintenance Inspection (PMI)
Term Contract
Bidding
Long Beach, CA 90822

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

Z--Operations and Maintenance
Renovation
Results
Richmond, CA

Building 21 Renovation - Joint Forces Training Base
Renovation
Results
$550,000 est. value
Los Alamitos, CA 90720

4-12kV Conversions-City of Burbank
Renovation
Construction
$5,000,000 CJ est. value
Burbank, CA 91502

West LA Veterans South Campus - Critical Care Center
LEED Certification, New Construction, Infrastructure - 450,000 SF
Pending Verification
$500,000,000 CJ est. value
Los Angeles, CA 90073

Rodeo Renewed
Build-out
Pending Verification
$850,000,000 CJ est. value
Rodeo, CA 94572

Fair Oaks Substation Upgrades - 3267 - City of Pasadena
Infrastructure
Conception
$10,620,000 CJ est. value
Pasadena, CA 91103

Glenarm Receiving Station Upgrades - 3266 - City of Pasadena
Infrastructure
Design
$4,730,000 CJ est. value
Pasadena, CA 91105

Last Updated 04/06/2023 06:32 PM
Project Title

RFQ Contractor - MILCON Project P-480 Energy Resilience Phase 1 & 2 and MILCON Project P-481 Energy Resilience Phases 3 & 4, Various Locations

Physical Address View project details and contacts
City, State (County) Bridgeport, CA 93517   (Mono County)
Category(s) Government/Public, Industrial/Manufacturing
Sub-Category(s) Military Facility, Power Plant
Contracting Method Competitive Bids
Project Status Feasibility Study, Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of April 6, 2023, this is a sources-sought notice that is used by the owner for market research survey information. At this time, it is not known when a request for proposals will be issued or when an award will be made. Closed sources-sought notice has been included below for reference. ................... . Action Code: Sources Sought 2. Date: May 24, 2022 3. Year: 2023 4. Contracting Office Zip Code: 92132-5190 5. Classification Code: Y-Construction of Structures/Facilities 6. Contracting Office Address: 750 Pacific Highway, San Diego, California, 92132-5190 7. Proposed Action: Sources Sought Notice for Design-Build MILCON Project P-480 Energy Resilience Phase 1 & 2 and MILCON Project P-481 Energy Resilience Phases 3 & 4, Various Locations at Mountain Warfare Training Center (MWTC), Bridgeport, California 8. Solicitation Number: N62473-22-R-1205 9. Response Closing Date: June 07, 2022 (2:00PM PT) 10. Contact Point: Phyllis Orman, Contract Specialist, email Phyllis.m.orman.civ@us.navy.mil Responses to items 1 through 4 above shall be submitted via the "Sources Sought Information Form." The minimum font size is 10 point. Interested parties should provide submissions no later than 2:00 PM Pacific Time on June 07, 2022. The package can be emailed to Phyllis.m.orman.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Phyllis Orman via email to Phyllis.m.orman.civ@us.navy.mil. 12. Place of Performance: MWTC Bridgeport, California Sources Sought Notice: This Notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Systems Command (NAVFAC) Southwest to facilitate the decision-making process. This is a survey of the market of potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and SBA certified WomenOwned Small Businesses (WOSB). Based upon this survey, a decision will be made whether to issue the proposed solicitation to the types of firms indicated above, or to issue as full and open competition (unrestricted). This Notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular 2 acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. The North American Industry Classification System (NAICS) Code is 237130 (Power and Communication Line and Related Structures Construction) with a Small Business Size Standard of $39.5 million. The estimated total contract price range, in accordance with DFARS 236.204 is between $10,000,000 and $25,000,000. All Small Businesses, Service-Disabled Veteran-Owned Small Businesses, SBA certified HUBZone Small Businesses, SBA certified Women-Owned Small Businesses, and SBA certified 8(a) Businesses are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Large business concerns will be required to submit a Subcontracting Plan prior to award of the contract. The Marine Corps Mountain Warfare Training Center Bridgeport (MWTC) is a mountain warfare training center whose mission is to conduct Marine Air Ground Task Force exercises, develop warfighting doctrine, and support research, development, testing, and evaluation (RDT&E) of equipment for use in mountain warfare operations. Readiness is dependent on having a reliable and resilient energy infrastructure. Achieving energy readiness in Bridgeport is challenging for two primary reasons. First, the installation is the last customer on the Southern California Edison (SCE) utility feed. Second, the base is located in an unforgiving, remote, and arduous area of the Sierra Mountains in California. Every year, the base experiences power outages due to extreme snowfall, sub-zero temperatures, forest fires, heat waves, power quality issues, and other planned and unplanned utility grid events. The base regularly operates for minutes up to weeks, off a single generator with aged infrastructure and inadequate controls. This is a significant vulnerability. Bridgeport is addressing these issues with two (2) projects P-480 and P-481. The projects focus on enhancing the reliability and redundancy of the electrical distribution system and enhancing resiliency. The end state of this project is a reliable, resilient, efficient, and cybersecure microgrid that will provide the base the ability to operate critical installation services and mission essential functions off the grid for several weeks with N+1 redundancy. These projects are to be awarded together. The intent is to have a Design-Build contractor develop one design containing both projects and construct the projects with one timeline for maximum efficiency. Below are the two (2) projects. P-480 Project P-480 must provide a 750kW Battery Energy Storage System (BESS) with a minimum of 500kWh storage capacity and must provide required documentation and fees for the interconnection agreement with SCE. The project must replace the generator switchgear and generator controls in Building 2003. The project enhances resiliency at the 480/277V and 208/120V distribution levels. Eight (8) exterior switchboards must be replaced. To provide power to ten (10) switchboards, equipment including an exterior disconnect will be provided to allow transfer from utility power to a mobile generator. This project extends the Industrial Control Systems fiber network at MWTC. Fiber optic cable must be provided, in order to extend the AMI network to include Building 2003 and Building 4046. The AMI network server must be replaced and be relocated to Building 4046, and a new AMI program must be installed to current versions. This project will disconnect the existing copper DDC building controllers and re-establish communication to Building 1036 via existing dark fiber in the AMI fiber optic cabling throughout the base. For buildings which are not connected to the AMI fiber optic cabling, fiber optic cable must be provided to connect these buildings into the network. Buildings which require a fiber optic cable connection include Building 1035,Building 1999, Building 2000, and Building 2002. All DDC building controllers must be networked to Building 1036 and Building 4046. Building controllers and all associated objects must also be integrated to and defined on a new FRCS server to be provided in Building 4046. New operator workstation must be provided in Building 1036. Operator workstation shall be integrated and network to the new Facility Related Control System (FRCS) server to be provided in building 4046. Server shall be capable of supporting a site of at least 150 buildings. P-481 The project must Provide Battery Energy Storage System (BESS) to augment the BESS from P480. Provide an additional 3 MWh of energy. Expand grid-facing energy storage system, which will work in conjunction with distributed energy resources (DERs), to allow the continuous flow of clean power to the MWTC grid. The BESS must allow the MWTC to be entirely powered by renewable energy during most daylight hours, making MWTC a model of resilience in a cold weather environment. During a multi-day winter outage, the storage will balance load and generation between the PV and the new 550 kW generator. While grid connected, the storage will be used to manage peak demand and support the SCE grid by responding to frequency and voltage transients. Furthermore, stabilizing the grid locally might reduce the likelihood of an outage. The system will disconnect if an unstable grid is detected. If both the 1 MW and 550 kW generator are down, the PV and BESS components (described below) can power the installation, although load would be reduced significantly by the EMIS system to provide power throughout the night. The project must provide a 550 kW generator to increase resilience of base-wide backup system. This generator will augment the renewable energy system, meet the complete power needs of the installation, and provide N+1 redundancy to the existing 1 MW generator. This 550 kW generator will primarily run during times of extended island mode, and in support of the DERs, to maximize renewable production and extend available fuel supply. This level of redundancy is crucial to ensure continuity of operations during sub-zero temperature events and during fires when SCE has grid outages. The project must provide 2 MW of solar photovoltaics. The PV systems must connect to the microgrid. The PV must work in conjunction with the BESS to maximize the use of renewable power. In addition, the configuration will allow the base to continue producing, consuming, and charging the BESS with PV-generated electricity, even when MWTC is disconnected from the SCE grid. The project must supply additional electrical infrastructure to accommodate the additional distributed sources throughout the installation. This includes providing conductors, coordinating with SCE, installing disconnects and other requirements to successfully interconnect the additional sources to the grid. These upgrades are required for the installation of the additional PV assets described above to connect to the grid and offset utility costs or extend duration while islanded. The project must provide microgrid control functions and equipment required to perform these functions. Advanced controls on all DERs must be provided to expand the microgrid and increase system telemetry throughout buildings to increase efficiency and control loads during grid-tied and islanded operations. The controls will provide capabilities including, but not limited to, the following: (a) "Smart" controls capable of taking input from the upstream sensors and automatically engaging the necessary DERs to detect, signal and automatically engage the necessary controls and equipment to ensure a continuous flow of "clean" electric power to the installation, preventing outages and power fluctuations that can be damaging to electrical and electronic equipment, thereby reducing maintenance and repair costs. (b) providing grid-interactive economic opportunities to produce savings by taking advantage of varying utility rates throughout the day and year. (c) Implement programmed operation modes to optimize base operations based on conditions such as maximum duration, mission-support or normal day-to-day operations. (d) Communications capabilities to promptly and automatically notify personnel if the control system changes system operations, such as when responding to an incoming power fluctuation and engaging installation DERs. The project is to provide and Energy Management Information System (EMIS). The energy management information system (EMIS) must integrate the DDC, AMI, and, microgrid monitoring and control in a single historian, with access to a single software suite for visualization, analytics, and fault detection. This will allow operators to view data in a customized way and be alerted to maintenance needs, energy savings opportunities, and understand interactions between systems that would be otherwise unknown. The project must provide a building to house all of the associated microgrid, building, AMI and any other related utility controls, control/monitoring stations, databases/servers and support personnel. This building is to provide central monitoring/control area for all facility related control systems and equipment including servers, communication nodes and operator interfaces. This project includes engineering calculations and studies as required by FC1-300-09N. However, the coordination, load flow and arc flash studies must determine the best scheme and protection of the entire microgrid for both grid-tied and islanded operations during the design. These studies inform the required electrical upgrades, generate required arc-flash labels, and provide documentation for SCE. This project must provide training, simulation, and documentation. This includes a complete package of standard operating procedures (SOPs) and emergency operating procedures (EOPs) and in-depth training on the system capabilities, operations, functions, etc. Electronic operation, maintenance, and sustainment instruction (eOMSI) manuals for the EMIS and microgrid system, detailing the operation, commissioning, and maintenance of the system must be proviced. The contractor will also provide a simulated environment for the system for training operators, testing upgrades and performing what-if scenarios. The contractors will prepare maintenance schemes, providing maintenance cost, energy cost, manpower and expected equipment reliability data for all developed maintenance schemes. MWTC facilities leadership will determine which scheme to implement, but all developed schemes will be detailed and delivered to MWTC facilities leadership. The manuals will detail system modes from fully automatic to manual, describe how to perform outage drills, and provide detailed information on efficiency when operating in a prescribed mode. A complete mirrored system, "sandbox" environment will be provided to assist with training and to ensure that system changes (such as patching) will not affect system operation. These documents will help ensure the installation maintains the best possible technologically-advanced maintenance plan at the lowest possible cost while maintaining equipment and system reliability and energy conservation. Cybersecurity is critical to implementing this project. Certification and Accreditation is required for all FRCSs included in this project. The control systems (including systems separate from an energy management control system) will be designed, acquired and executed in accordance with DoDI 8500.01, DoDI 8510.01, Department of Defense Risk Management Framework (RMF) per UFC 4-010-06, Cybersecurity of Facility-Related Control systems, and UFC 1-200-01, General Building Requirements Section 3-6.5, and other relevant FRCS cybersecurity requirements. All equipment installed (hardware and software) will be open protocol, have the ability to connect to existing and future systems, and will include the proper firewalls. Upon project completion, the MWTC will have an authority to operate (ATO), and a functional and cybersecure FRCSs. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Reinforcing, Cast-in-Place Concrete, Structural Concrete, High-Performance Structural Concrete, Concrete Finishing, Specialty Placed Concrete, Precast Concrete, Precast Structural Concrete, Precast Concrete Specialties.
Division 04 - Masonry, Unit Masonry, Concrete Form Masonry Units.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Access Doors and Panels, Coiling Doors and Grilles, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Glazing.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting and Coating, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Toilet, Bath, and Laundry Accessories, Safety Specialties, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Exterior Specialties, Flagpoles, Security Mirrors and Domes.
Division 11 - Equipment, Parking Control Equipment, Loading Dock Equipment, Security Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection, Special Instrumentation, Seismic Instrumentation.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Video Surveillance, Electronic Personal Protection Systems, Electronic Detection and Alarm, Fire Detection and Alarm, Radiation Detection and Alarm, Fuel-Oil Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment, Soil Stabilization.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Fuel Distribution Utilities, Electrical Utilities, Electrical Utility Transmission and Distribution, Utility Substations, Utility Transformers, High-Voltage Switchgear and Protection Devices, Medium-Voltage Utility Switchgear and Protection Devices, Communications Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors, Cranes and Hoists.
Division 46 - Water and Wastewater Equipment.
Division 48 - Electrical Power Generation, Common Work Results for Electrical Power Generation, Instrumentation and Control for Electrical Power Generation, Electrical Power Generation Equipment, Electrical Power Generation Testing.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents